Hvac Tenders

Hvac Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Description: Project Labor Agreements (pla S) Survey And Request For Contractor Capability Statement Package this Is A Sources Sought Notice For Market Research Only. no Award Will Be Made From This Sources Sought Notice. this Sources Sought Notice (ssn) Is For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Far 15.201(e), To Determine The Availability And Technical Capabilities Of Qualified Sources. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. All Firms Responding To This Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Notice. jefferson Barracks National Cemetery, sylvan Springs, Phase 1a Expansion project Scope the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For A Construction Contract At Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1a Expansion With The Use Of A Project Labor Agreement (pla). The North American Industry Classification System (naics) Of 237990 (other Heavy And Civil Engineering Construction) With The Size Standard Of $45.0 Million. The Approximate Project Duration Will Be 912 Calendar Days From The Notice To Proceed. The Estimated Magnitude For This Project Is Between $50,000,000 And $100,000,000. Va Is Considering Conducting This Acquisition As A Best Value With Tradeoffs In Accordance With Far Part 15, Contracting By Negotiation. project Description: the Purpose Of This Phase 1a Expansion Project For Jefferson Barracks National Cemetery Is To Enable The Existing National Cemetery To Continue To Provide Burial Services For Eligible Veterans In Missouri. Jefferson Barracks National Cemetery Is Located Near St. Louis, Missouri. the National Cemetery Administration (nca) Contracted This 33.6-acre Cemetery Expansion Project To Increase Burial Capacity Of Jefferson Barracks National Cemetery (jbnc) To Serve Veterans In The St. Louis Area. This Cemetery Expansion Project Identified On New Land. The Proposed Development Will Provide Continued Service To An Estimated Fiscal Year (fy) 2024 Veteran Population Of Approximately 208,000 Within A 75-mile Service Area. This Proposed Development Will Provide An Additional 15 Years Of Continued Burial Service To A Veteran Population Who Has Been Served By This National Cemetery Since 1827. this Project Will Provide For An Additional 15-year Inventory Of The More Efficient Casketed, Double-depth, Pre-placed Crypts Before Depletion Of The Current Inventory, And Extend The Full Range Of Burial Options Until Fy 2044, As Well As Provide Several Nominal Cemetery Operational And Infrastructure Improvements Within The Older Cemetery Grounds. this Project Will Provide For The Following Elements And Features: base Bid General Construction: the Base Bid Work Of This Contract Includes Phased Requirements. These Phases Are Referred To As Eto And Remainder Of The Work. The Eto Shall Be Completed Within The Established Time Frame Indicated In The Contract. Completion Of The Eto Work Will Follow Procedures Like Those For Final Completion And Acceptance, With The Facilities Within The Eto Being Completed And Turned Over To The Cemetery For Use To Begin Operation Of The Cemetery While The Remaining Work Is Completed. Eto Shall Be Completed And Accepted By Nca For Operation Within 252 Calendar Days From Notice To Proceed. While The Work Of The Eto Is Being Performed, Work For The Remainder Of The Project Can Also Be Performed. work Of The Contract Includes Site Demolition, General Construction, Relocation And Installation Of New Site Utilities, Installation Of Pre-placed Burial Crypts, Columbarium Niches, Roadway Improvements, New Roads, Walks, Grading, Drainage, Site Furnishings, Landscaping And Irrigation Necessary Removal Of Existing Structures And Construction And Certain Other Items And All Other Work Necessary To Construct The Project. The Contractor Shall Obtain State/local Construction Permitting As Required And Conduct All Protected Habitat Preservation, Wetlands, And Mitigation Efforts As Required To Meet Governing Body Mandates. By The End Of The Performance Period All Work Shall Be Satisfactorily Completed And Ready For Custody, Transfer, And Acceptance By Nca. All Punch List Items Shall Be Satisfactorily Addressed, All Commissioning Completed, And All Training Accomplished. replace And Upgrade Carpeting And Painted Finishes In The Administration/ Pic Building. Replace Select Electrical Service Panels In Maintenance Buildings 3001, 3002, And 3003. interment Areas: casketed Remains: a) Approximately 18,500 Pre-placed Crypt Full Casket Gravesites b) Approximately 2,100 Traditional Casket Gravesites cremated Remains: a) Approximately 10,900 In-ground Cremation b) Approximately 5,000 Columbarium Niches base Bid Furnish Pre-placed Crypts: procure, Manufacture, Deliver, Off-load And Store Furnish And Deliver To The Site All Pre-placed Crypts. additive Items Subject To Budget Adequacy: additive #1 Maintenance Yard: install Maintenance Storage Yard And Associated Site Work, Including But Not Limited To Pavements, Curbs, Drainage, Fencing And Gates, Signage, Landscaping, And Irrigation. additive #2 Storage Building: install Maintenance Material Storage Building Including But Not Limited To Sitework, Pavements, Curbing, Concrete Foundations, Concrete Walls, Structural Steel, And Standing Seam Metal Roofing. additive #3 Satellite Maintenance Building: install Satellite Maintenance Building And Associated Site Work Including But Not Limited To Sitework, Utilities, Concrete Foundations, Concrete Slab, Engineered Metal Building, Hvac System, Concrete Masonry Walls, Metal Wall Panels, Standing Seam Metal Roof, Doors, Windows, Interior Finishes, Landscaping, Irrigation, Signage And All Other Work Necessary To Construct The Building. additive #4 Demolish/replace Committal Shelter #4: demolish And Replace Committal Shelter #4(in Main Cemetery) Along With Associate Sitework, Concrete Foundations, Concrete Piers, Curbs, Paving, Standing Seam Metal Roof, Landscaping, Irrigation, Site Furniture And Signage. --- End Of Project Scope --- project Labor Agreement (pla): a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project: (1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades. (2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited. (3) Completion Of The Project Will Require An Extended Period Of Time. (4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project. (5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs. (6) Any Other Factors That The Agency Decides Are Appropriate. see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? yes/no comments: --- End Of Pla Questionnaire --- contractor Capability Statement Package: firms Interested In Submitting Their Capabilities For This Project Must Include The Following Information Compiled Into A Contractor Capability Statement Package: cover Letter/introduction That Includes Company Name, Address, System For Award Management Database At Https://www.sam.gov/portal/sam Sam.gov Unique Entity Id Numbers, Point Of Contact With Phone Number And E-mail Address. business Size Determination. State Your Firm S Socioeconomic Type And Business Size: Such As (service-disabled Small Business, Veteran Owned Small Business, Small Business, Woman Owned Small Business, Large Business, Etc.). if Identifying As A Service-disabled Veteran-owned Small Business (sdvosb) Firm (or Jv), Veteran Owned Small Business Firm (vosb) (or Jv), You Must Be Registered In The U.s. Small Business Administration Veterans Small Business Certification (vetcert) Database At: Https://veterans.certify.sba.gov. Provide Evidence Of Certification. bonding Capacity: provide A Letter From Your Surety, On Surety Letterhead That Affirms Your Company S Bonding Capacity To Furnish A Bid Bond, Payment Bond, And Performance Bond For A Project Between $50 - $100 Million. contractor Capability Statement Shall Include, But Not Be Limited, To The Following: corporate Experience: provide Projects In The Past Five (5) Years That Are Valued At Approximately $30m Or Greater In Construction Costs, And demonstrate Your Company S Experience Constructing Or Managing The Construction Of Projects That Match The Following Characteristics: a. Va/nca National Cemetery Projects. (if No National Cemetery Experiences Provide Projects Similar Such As Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres). b. State/local/private Cemetery Projects. c. Projects Requiring The Construction Of Multiple Features Typical To A National Cemetery Such As Pre-cast, Placed Crypts; Columbaria Niches, Memorial Walls, Cast Or Natural Stone Columbarium Caps, Cast Or Natural Stone Veneers, Turf (sod) Placement And Maintenance, Tree And Shrub Placement And Maintenance, Irrigation Systems With Mainlines Exceeding 4-inch In Diameter, Irrigation Central Control Systems, Roadways, Wetlands/environmental Remediation Or Restoration. d. Building Construction, Building Remodel, Mass/fine Grading & Excavation, Site Utilities, Paving, New Golf Courses Or Expansions, Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres. describe Your Experience With As Many Of The Elements Of Construction Identified, Below, As You Can: i. Mass/fine Grading & Excavation Site Utilities prefer To See Projects Involving Earth Work And Grading For Cemeteries, Parks, Or Site Development Projects Of At Least 10 Acres. ii. Site Utilities demonstrate Experience With Storm Water Management Systems And Site Drainage For Flat Sites. demonstrate Experience With Potable Water Distribution From A Well, Or Municipal Source. demonstrate Experience With Sanitary Waste Systems, Both Powts & Municipal. iii. Paving paving Projects May Include Private & Local Asphalt Roads; Concrete Curb & Gutter, Asphalt Parking Lots, And Concrete Sidewalk, On Site Development Projects Of At Least 10 Acres. experience In Missouri Or Similar Climates Is Preferred, But Not Required. iv. Landscaping landscaping Projects Involving Planting And Lawn Installation For Cemeteries, Parks, Golf Courses Or Other Site Development Projects Of At Least 10 Acres In Climates Similar To St. Louis, Missouri. v. Irrigation irrigation System Installation For Cemetery, Park, Golf Course, Or Other Types Of Development Sites Of At Least 10 Acres. Include Experience With Irrigation Ponds, Wells, Pumping Systems If You Have It. vi. Precast Concrete Burial Components demonstrate Experience With Successful Fabrication And Installation Of Precast Crypt And Precast Columbarium, If You Have It. vii. Phasing And Continuity Of Operations demonstrate Experience With Best Practices To Successfully Complete Phased Site Work At An Occupied And Functioning Facility In A Way To Minimize Noise And Dust And Minimize Detrimental Effects On Cemetery Operations. current Project List: provide A Detailed List Of Ongoing Contracts & Projects. The Description Shall Include: project Type award Amount award Date estimated Completion Date ---- End Of Contractor Capability Statement Package --- please Submit Your Comments To The Pla Questionnaire And The Contractor Capability Statement Package Via Email To Joshua Gibson, Contracting Officer, At Joshua.gibson2@va.gov, No Later Than 3:00 Pm Et On January 6, 2025, In The Subject Line State Jefferson Barracks National Cemetery, Phase 1a Expansion And [company Name]". Note That This Mailbox Will Only Accept E-mails Of 15mb In Size Or Smaller, So You May Break Your Submission Into Multiple Emails If Needed. All Information Concerning This Requirement, When It Proceeds To Solicitation, Will Be Posted Only On The Federal Business Opportunities Website (https://sam.gov). --- End Of Sources Sought Notice ---
Closing Date6 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: 47pb0024r0049amendment 007 amendment 7 Will Attach Three Documents. Attachment 127 Is The Updated Rfi Spreadsheet. Look Specifically At The Last Tab Dated 12/17/2024 For Responses To Various Offeror's Questions.attachment 128 Will Replace Attachment 26 A.0 Sow Cmc Houlton Lpoe Final 2024 08 02 And Is Titled As "128. A.0 Sow Cmc Houlton Lpoe Final Revised 2024 12 17." Note That The Cover Page Incorrectly Still Shows The Previous Date Of August 2, 2024. Attachment 129 Will Replace Attachment 77. Exhibit D 2325-gsa-houlton Me Lpoe_design Options By Specifically Updating Page 2 And Page 3 In Item 77. It Will Be Added As Attachment 129. Exhibit D 2325-gsa-houlton Me Lpoe_design Options. As A Reminder, Amendment 6 Stated Which Attachments Were Deleted (78 Through 94) As Those Are The Updated Files That May Have Been Duplicated. We Are Not Be Reloading Any Of Those Files That Replaced The Deleted Files. 47pb0024r0049amendment 006 the Contracting Officer Has Approved An Extension To January 16, 2025, 2:00 Pm Est For Receipt Of Proposals. The Following Changes Have Been Made: Attachments 78 Through 94 Have Been Deleted In Their Entirety And Replaced With Updated Attachments From The Final Concept Development Documents. The Following Attachments Were Updated And Numbered 99 Through 102; 104 Through 108a; 110 Through 123; And 125 Through 129.specifically, Attachment 126. Houlton Lpoe Cmc Rfi Tracker Sheet Is Updated Through December 6, 2024 Only As Shown Under The Last Tab Of That Document.access To These Documents Will Be Contained Through The Google Drive: Houlton Cmc Secure Documents That May Have Been Granted To Offerors If Already Requested. If You Have Not Completed A Form B And Cbp Nda Form, Please Do So Access Can Be Provided To These Documents. if You Have Any Problems With Access, Please Contact Paul Murphy At Paul.murphy@gsa.gov. 47pb0024r0049amendment 005 the Contracting Officer Has Approved An Extension To December 12, 2024, 2:00 Pm Est For Receipt Of Proposals.additionally, Attachment 99. Houlton Lpoe Cmc Rfi Tracker Sheet 2024 11 22 Is Provided As The Government Response To Additional Comments/question By An Offeror And Hereby Shared With All Offeror's. 47pb0024r0049amendment 004 the Contracting Officer Has Approved An Extension To December 5, 2024, 2:00 Pm Est For Receipt Of Proposals. 47pb0024r0049amendment 003 added Attachments 33. A.7 Gsa P-100 2021 With 2022 Addendum Final (326), 35. D.4 P100 Submittal Matrix V10 cmc 2021, 58. Gsa Program Development Study 100% Pds Report 2021 02 08 (559), And 69. Roof Moisture Analysis Report houlton 2020 06 23 (22) Did Not Get Posted On 10/04/2024. They Are Added Under Amendment 0003. additionally, Attachment 98. Rfi Site Visit Tracker Is Provided As The Government Response To Rfi By Offerors. 47pb0024r0049amendment 002 added Attachment 72 Final Houlton Pre-proposal Meeting Presentation 2024 10 10. A Courtesy Copy Was Sent Via Email To People That Were On The Invitation List Even If They Did Not Attend The Individual Meetings. It It Attached Here So All Contractors, Whether They Requested Attendance Or Not, Will Know Of The Discussions. added Clarifying Price Proposal Language Below: under Volume Ii - Price Proposal - Part 3 - Price Proposal "other Than Certified Cost And Pricing Data" Documentation. Uniformate Ii Classification Framework. under Volume Ii - Price Proposal (1) Contents · Price Proposal On Sf-1442 (signed) â Solicitation, Offor, And Award. The Price Proposal Shall Consist Of The Sf-1442 And The Agreement. Indicate The Total Contract Price From The Completed Contract Price Form In Block 17 Of The Sf 1442, Which Must Be Fully Executed By The Offeror. · A Completed Contract Price Form Included As Part Of The Sf-1442 And In Section Ii Of The Agreement. · Other Than Certified Cost And Pricing Dataâ Documentation. Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). note: The Price Proposal Must Be Separately Bound From The Phase Ii Technical Proposal. iv.l. Requiring Certified Cost Or Pricing Data [15.403-4] iv.l.a. Far 52.215-20 Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021), Alternate Iv (oct 2010) (a) Submission Of Certified Cost Or Pricing Data Is Not Required. (b) Provide Data Described Below: Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). added Attachment 75 Presolicitation In Sam 2024 08 27. added Attachment 76 Pre-proposal Site Visit Attendance Sheet 2024 10 17 added Attachments 77 - 94 Provide Additional Design Information As Requested. 77 Exhibit D_2325-gsa-houlton Me Lpoe_design Options; 78 Exhibit D.1_lpoe Houlton Concept Development Design Package; 79 Exhibit E_ Lpoe Houlton Concept Development Calculation Package; 80 Exhibit E.1_mpbroof Structure; 81 Exhibit F_mep Basis Of Design Narrative; 82 Exhibit G_mep Concept Development Design Alternates; 83 Exhibit G.1 Mepfp Equipment; 84 Exhibit H_houlton Lpoe_facade Options & Ira Lec Materials_concept Development Memo; 85 Exhibit J Houlton Leed Nc Scorecard; 86 Exhibit J.1_gsa Sustainable Buildings_checklist; 87 Exhibit J.2_conceptdevelopmentenergyanalysisnarrative; 88 Exhibit U_(cui) Houlton Me Dbt_msr_fsl; 89 Exhibit V_houlton Lpoe Pre-renovation Rbm Survey Report 2024-06-25; 90 exhibit X_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 91 Exhibit Y_flood Level Diagram From 2024-07-02_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 92 Exhibit Z_(cui) Passwords; 93 Exhibit Aa_national Operational Excellence Checklists_concept Development; And 94 Exhibit Bb_houlton Me Lpope_concept Development Specifications Table Of Contents. several Required A Completed Form B Under Attachment 5 And A Completed Cbp Nda Authorization Letter Signed For Access. If You Have Alreadysubmitted These To The Contracting Officer Prior To October 24, 2024, Just Email Again For Access. note: The Facade - Precast Panels And Terracotta Rainscreen - Colors Will Be Selected In The Next Phase By The Architecture Engineering (ae) Design Firm Marvel Architectures. Additionally, Hvac - Vrf, The A/e Will Select The Vendor That Meets Most Of The Gsa Requirements (hvac And Controls). added Attachment 95 Ira Program Construction Solicitation Desk Guide - Dated October 1, 2024. This Is A Revision of Any Previous Construction Solicitation Desk Guide That Provides Guidance For Ira-funded Construction Projects that Contain Low Embodied Carbon (lec) Materials, Including Pre-solicitation, Solicitation, And Agreement Guidance, evaluation Factor Requirements, Review And Approval Requirements, And Post-award Requirements. It Also Includes standard Scope Of Work Language For Actions Related To The Construction Project (design Services, Cma, And Cxp services) For Lec Materials, High Performance Green Buildings, And Emerging And Sustainable Technology Projects. added Attachment 96 Houlton Lpoe Cmc Rfi Tracker Sheet 2024 10 23 - Conference Rfis Containing Questions asked By Offeror's And Official Government Responses For The Pre-proposal Conference Only. added Attachment 97 Solicitation Document L - Uniformat Ii - Level 3 Detail Reference Guide Reference Above In pricing Information Area. 47pb0024r0049amendment 001 the Following Changes Were Made Effective On 10/08/2024: a. Replaced 5. Form B - Request For Construction Documents 2024 10 04 With 5. Form B - Request For Construction Documents 2024 10 08 And Unlocked It. b. Replaced6. Cbp Non-disclosure Agreement Form 2024 10 04 With6. Cbp Non-disclosure Agreement Form 2024 10 08 And Unlocked It. c. Replaced 7. Pre-proposal Conference R1 2024 10 04 With 7. Pre-proposal Conference R1 2024 10 08 Which Provides The Following Clarification: 1. Thepre-proposal Conferencewill Be Held Virtually Onoctober 10, 2024 At 10:00 Am. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 18, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About October 25, 2024. d. Replaced 8. Pre-proposal Site Visit R1 2024 10 04 With Attachment - 8. Pre-proposal Site Visit R1 2024 10 08 Which Provides The Following Clarification: 1. The Site Visitwill Be Held Onoctober 17, 2024 At 1:00 Pm. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 25, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About November 1, 2024. e. Added New Attachment - 73. Contract Price Form Spreadsheet 2024 08 28. f. Added New Attachment - 74. Cost Accounting Standards Board Disclosure Statement Casb Ds-1 Omb Form Number 0348-0051 a. The Corrected Proposal Due Date Is Thursday, November 21, 2024. this Is A Construction Manager As Constructor (cmc) / Construction Manager As Risk (cmar) Services For U.s. Customs And Border Protection (cbp) Land Port Of Entry (lpoe) At Houlton, Maine. The Cmc/cmar Services Is For The Facilities Repair And Alterations Project And Includes Requirements For Design Phase Services And Construction Phase Services. design Phase Services Will Be Awarded On A Firm-fixed Price Basis. Construction Phase Services Will Be Awarded With A Guaranteed Maximum Price (gmp). This Project Is Part Of The Bipartisan Infrastructure Law (bil) And Is Also Targeted For Inflation Reduction Act (ira) Funding. this Solicitation Sets Forth Requirements For Proposals For A Contract To Construct The Project Described In The Solicitation Documents. Proposals Conforming To The Solicitation Requirements Will Be Evaluated In Accordance With The Method Of Award Set Forth Herein. the Government Will Award The Contract To The Selected Offeror, Subject To The Conditions Set Forth Herein. the Offeror's Proposal Submitted In Response To This Solicitation Shall Constitute A Firm Offer. No Contract Shall Be Formed Unless And Until The Contracting Officer Has Countersigned The Sf 1442 Submitted By An Offeror And Delivered Back To The Contractor, A Copy Of The Sf 1442 With Original Signatures Together With The Agreement Reflecting The Offeror's Proposed Prices. offers Providing Less Than One Hundred And Twenty (120) Calendar Days For Government Acceptance After The Date Offers Are Due Will Not Be Considered And Will Be Rejected. the Magnitude Of Construction Is Estimated Within The Range Of $22,000,000 And $32,000,000. Offeror's Are Cautioned That Price Proposals Exceeding This Range May Be Determined Ineligible For Award Based On Budgetary Limitations. This Range Does Include Potential Inflation Reduction Act (ira Funding). price Proposal Exceeding This Range May Be Eligible To Have Their Technical And Price Proposal Evaluated Unless The Contracting Officerdetermines That The Number Of Proposals That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted. The Contracting Officer May Limit The Number Of Proposals In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Proposals. technical And Price Proposals Must Be Clearly Labeled And Must Be Sent As Separate Attachments So They Can Be Evaluated Separately. Failure To Do So Will Determine The Offeror's Submission As Non-responsive And Will Be Eliminated. The Contracting Officer And/or Contracts Specialist Will Not Be Responsible To Separate Any Technical Document That Contains Pricing Information. this Solicitation Is Not Set Aside For Small Business, However, Both Small And Large Businesses Are Encouraged To Participate. Offeror's Must Ensure That Sam.gov Shows That The Offeror Has North American Industry Classification System (naics) Code 236220 (commercial And Institutional Building Construction) And Meets The Small Business Size Standard Is $39.5 Million Average Annual Receipts. It Is The Responsibility Of The Offeror To Ensure This Information Is Updated At The Time Of Submission Of Their Proposal. see The "a. Presolicitation In Sam 2024 08 27" For Additional Details. Changes To The Presolicitation Include:the Solicitation Posting Date Has Changed From September 26, 2024 To October 3, 2024.the Proposal Submission Date Has Changed From November 26, 2024, 2:00 Pm Est To November 11, 2024, 2:00 Pm Est. for Access To Public Building Services (pbs) General Services Administration (gsa) Documents, See "b. Form B - Request For Construction Documents 2024 08 07" That Must Be Completed In Its Entirety And Signed.failure To Complete This Document In A Timely Manner Does Not Warrant Any Request For An Extension To The Proposal Due Date. The Document Must Be Sent To Paul.murphy@gsa.govbefore Access To These Pbs/gsa Documents Are Provided. additionally, The Department Of Homeland Security, U.s. Customs And Border Protection, Facilities Management And Engineering Field Operations, Facilities Program Management Office, Non-disclosure Agreement. See "6. Cbp Non-disclosure Agreement Form 2024 10 04" That Must Be Completed In Its Entirety And Signed. This Document Must Be Sent To Lawrence.a.comiskey@cbp.dhs.gov And A Copy Sent To Paul.murphy@gsa.gov Before Access To Cbp Documents Are Provided. a Pre-proposal Conference Is Scheduled For Thursday, October 10, 2024, At 10:00 Pm Est. A Letter Is Attached To This Solicitation "7. Pre-proposal Conference 2024 10 04". a Pre-proposal Site Visit Is Scheduled Forthursday, October 17, 2024, At 01:00 Pm Est.a Letter Is Attached To This Solicitation "8. Pre-proposal Site Visit 2024 10 04". there Are 71 Attachments To This Solicitation.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Notice. No Proposals Are Being Requested Or Will Be Accepted In Response To This Posting. If You Are Interested In Proposing On The General Scope Of Work Stated Below For A Design-build Project, Please Respond By Email Only To Krista.miller@gsa.gov. Please Provide Your Bonding Capacity, A Capability Statement, And Your Small Business And Small Business Socioeconomic Status, If Any. Please Include In Your Capability Statement Projects Which Your Firm Has Completed That Are Particularly Relevant To This Scope Of Work, Especially Involving Exterior Structural And Glazing Improvements, And/or Performed In Hawaii. general Statement Of Work Summary: the Prince Jonah Kuhio Kalaniana’ole (pjkk) Federal Building And Courthouse Is Located At 300 ala Moana Blvd., Honolulu, Within The Hawaii Capital District And On The Outskirts Of The Downtown central Business District. This Reinforced, Cast In Place Concrete With Concrete Masonry And Glass curtain Walls Is A Two-building Mid-century Modern Complex Originally Constructed In 1977. The illuminated Entry Pavilion Was Originally Designed By Gensler Sf And Constructed By Swinerton construction In January 2015. The Illuminated Entry Pavilion Design Was An Elegant, Iconic Aia award Winning Design That Unified Two Separate Entries Into A Single, Sky Lighted And Transparent entrance For The Pjkk Complex. The Single Portal/pavilion Simplified The Circulation For The Public and Created A Strong Sense Of Entry For Pjkk. on April 6, 2021 A Fire Occurred At The Entry Pavilion That Created Significant Damage. On January 24, 2022, Clifford Planning Architecture Completed A Fire Investigation Report That Stated “it Is probable The Entry Pavilion Fire Initiated Was A Result Of An Electrical Fault Within The Led Light Panel installed Adjacent To The Bottom Panel Of The South Wall Of The Entry Pavilion. Low Level Arcing Over a Period Of Time Was The Likely Source Of Heat For Ignition Of The Acrylic Panel Material” (see volume 4 – Fire Investigation). As Further Defined In The Fire Investigation Report, There Was Fire damage To Architectural Finishes And Structural Members. The Scope Of Work For The Entry Pavilion includes, But Is Not Limited To, Installing (2) Temporary Covered Entry Tunnels To The Existing United states Marshal Service (usms) And Federal Protection Services (fps) Security Check-point locations, Providing Code Compliant Construction Documents And Full Design Services That Adhere to The Original Gensler Design And Architectural Appearance Of The Original Entry Pavilion, While also Making The Necessary Design Changes To Address The Issues That Contributed To The Fire And smoke Damage As Further Defined In Volume 4 - Fire Investigation. The Design Should Also include Solutions For The Following Known Building Maintenance Issues: 1. The Original Design Led Panels Were Located Behind Heavy Glass Panels That Created issues For Regular Maintenance And Care. 2. The Original Designed Entry Door Operated On A Small Pin That Would Fail And Was Difficult to Replace. in Addition To The Scope Above, The Design And Construction Of The Courthouse Hardening Upgrades To The entry Pavilion And Ground Level Windows And Doors Facing Halekauwila Street And Ala Moana Boulevard are A Requirement For This Project. The Judiciary Had Previously Sought From Congress Supplemental appropriations To Fund Enhanced Security Measures To Protect Judges And The Judicial Process In Response to The Civil Unrest Following The Murder Of George Floyd And The January 6th Attack On The U.s. Capitol. the Judicial Conference Approved Funding To Begin Enhanced Security Measure Projects To Harden courthouses. initial Stakeholders From The General Services Administration (gsa), The Administrative Office Of The U.s. courts (ao), U.s Marshals Service (usms), And The Federal Protective Service (fps) Worked Together To analyze Potential Security Measures To Be Used In This Program. This Scope Of Work Covers The countermeasures For The Pjkk Courthouse In Honolulu, Hi: 1. Windows: Impact Resistant Window Glazing System At The Entry Pavilion And ground Level Courthouse Windows And Doors Facing Halekauwila Street And Ala moana Boulevard, Excluding Ground Level Windows Along The United States marshal Service Offices And Within The Confines Of The Exterior Secured Courtyard: ● Windows / Doors / Frames – Shall Meet A Minimum 15-minute Forced entry Resistance Per Astm F3038 Or Dept Of State (dos) sd-std.01.01 Rev G (amended) – Forced Entry Resistance Is The standard That Shall Apply. ● The Contractor Shall Install A New Shatter Break Resistance Riot Glazing system ● Contractor Is Responsible To Field Verify And Measure Each Opening. 2. Exterior Doors And Hardware (see Volume 2b_existing Pavilion Design drawings For Specific Locations): ● All Exterior Pavilion Entry Doors And Interior Courthouse Pavilion Vestibule doors Shall Be Equipped With Hardware And Controls To Engage electro-magnetic And/or Electro-mechanical Remote Locks. ● Remote Locks Shall Give The Ability For The Court Security Officers And The usms To Lock All Doors Immediately In Case Of An Emergency. ● Remote Lock Override Control Shall Run To The Main Usms / Cso Control room the Courthouse Hardening Upgrades Will Upgrade The Ground Level Courthouse Windows And doors And Replace All Window, Exterior Doors, And Hardware Included In The Original Gensler designed Pjkk Entry Pavilion. the Forced Entry Resistance Doors And Windows Shall Meet A Minimum 15 Minute Forced Entry resistance In Accordance With Astm Standard F3038-21, With The Following Exception. Astm standard F3038-21 Requires A Full Scale Test For Each Unique System Size And Configuration, however, If The Actual Overall System Dimensions Are Within 6” (both Height And Width Dimension) of Another Successfully Tested System Meeting The Requirements Of Astm Standard 3038-21, And the System Components Are Of Similar Size And Makeup, The Proposed System Shall Be Considered acceptable. Support Documentation Shall Be Provided Prior To Installation. the Construction Services Scope Of Work Includes Demolition Of The Remaining Pavilion Structure, build-out Of (2) Temporary Tunnels To Access The Existing Usms And Fps Security Check-points, the Build-out Of The New Entry Pavilion, Installation Of The Courthouse Hardening Window And Door upgrades, Including But Not Limited To Structural, Architectural Finishes, Lighting, Mechanical, electrical, Plumbing, Fire And Life Safety, And Data/cabling Infrastructure. the Federal Building And Courthouse Must Remain Fully Operational Throughout Design And construction. All Construction Work Related To This Project Shall Be Scheduled From 5:00 Pm To 7:00 am, After Normal Building Operation Hours To Minimize Disruptions To Building Occupants And To maintain Public Safety. Normal Building Operation Hours Are From 7:00 A.m. To 5:00 P.m. weekdays. the Project Delivery Method Is Design-build (db). the Db Contractor Shall Provide All Supervision, Labor, Materials, Equipment, And Testing Required to Accomplish The Design And Construction For The Pjkk Entry Pavilion And Courthouse Hardening project. design Services Shall Include, But Are Not Limited To, Design And Certification By A State Of Hawaii licensed Architect-engineer (a/e), Design Reviews, Weekly Progress Meetings, Design development, Construction Documents, Basis Of Design Documents, Site Investigation, Site measurements And Verification, Code Compliance, Reproduction Services, Consultant Coordination, contract Administration, Contract Close-out, Record Drawings And As-builts. construction Services Shall Include, But Are Not Limited To, Complete And Timely Submission Of security Clearance Applications For Workers (hspd-12 And Tenant Agency Review), Project schedule, Cost Estimating, 3-week Look Ahead Schedules, Demolition, Site Supervision, Drywall, mechanical, Electrical, Automatic Sprinkler System, Architectural Finishes, Submittal Samples, submittal Schedule, Hvac, System Balancing, Structural, Fire And Life Safety, Security Infrastructure, protocols For Utility Outages, Separation Of Utilities To Avoid Impacts To Occupied Areas, Temporary barricade Plan, Noise Mitigation, Clean Up After Work, Lead Weekly Meetings And Provide Minutes, file And Record Management, And All Other Work To Meet The Contract Requirements.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Bgis Pwgsc Rp1 Tender

Civil And Construction...+2Others, Building Construction
Canada
Details: The feasibility study must evaluate the implementation of universally accessible toilets that comply with the Cnb, the Csa-b651 standard and the Real Estate Management Directive. It includes the evaluation of the capacity of the toilets, the number required for each gender, as well as new accessible toilets. The report will propose options for each floor, with plans, cost estimates, and an analysis of the advantages and disadvantages. The study will also examine the capacity of the plumbing, HVAC and electrical networks, as well as the compliance of low-consumption water (watersense) equipment. If a shower is added, it must be accessible. The option of adapting drinking fountains to accessibility standards will also be considered.
Closing Date5 Feb 2025
Tender AmountNA 

EllisDon Construction Services Inc Tender

Aerospace and Defence
Canada
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project.    Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number:  71947 Title:  Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu),  including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division             Scope Of Work 01 45 00                                 Surveying 01 45 00                                 Material Testing 01 45 00                                  Third Party Inspection (roof, Structural, Geotechnical) 01 52 00                                  Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19                                  Tower Cranes 01 54 23                                  Scaffolding 02 41 19                                  Selective Demolition 03 11 00                                  Concrete Formwork 03 15 00                                  Concrete Accessories 03 20 00                                  Reinforcing Steel 03 30 00                                  Concrete Supply 03 35 00                                  Concrete Placing & Finishing 03 45 00                                  Precast Specialties 04 00 00                                  Masonry 05 10 00                                  Structural Steel 05 30 00                                  Metal Decking 05 50 00                                  Miscellaneous Steel 05 70 00                                  Ornamental (specialized) Metals 06 20 00                                  Millwork / Architectural Woodwork 07 10 00                                  Damp Proofing & Waterproofing 07 40 00                                  Metal Roofing, Cladding & Siding 07 50 00                                  Membrane Roofing 07 80 00                                  Firestopping & Fireproofing 07 90 00                                  Caulking 08 10 00                                  Openings – Doors, Frames & Hardware 08 33 00                                  Coiling Doors & Grilles 08 34 16                                  Hanger Doors 08 35 00                                  Folding Doors & Grilles 08 36 00                                  Overhead Doors 08 40 00                                  Aluminum Entrances, Storefronts & Curtain Wall 08 80 00                                  Glazing 08 87 00                                  Window Film 09 21 16                                  Gypsum Board Assemblies 09 51 14                                  Acoustic Panels 09 60 00                                  Flooring 09 66 00                                  Tiling 09 67 00                                  Fluid Applied Flooring 09 69 00                                  Access Flooring 09 90 00                                  Painting 10 11 00                                  Visual Display Boards 10 14 00                                  Signage 10 22 19                                  Demountable Partitions 10 26 00                                  Wall, Corner, Door Protection 10 28 00                                  Bathroom Accessories & Toilet Partitions 10 51 00                                  Lockers 10 75 00                                  Flagpoles 11 30 00                                  Appliances 11 61 00                                  Theater And Stage Equipment 11 66 00                                  Athletic Equipment 11 81 29                                  Fall Arrest Systems 11 98 00                                  Detention Equipment 12 00 00                                  Furnishings 12 20 00                                  Window Coverings 14 20 00                                  Elevator & Lifts 21 00 00                                  Fire Suppression 22 00 00                                  Mechanical – Plumbing 23 00 00                                  Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00                                  Integrated Automation 26 00 00                                  Electrical 28 10 00                                  Access Control            31 00 00                                  Earthworks 31 60 00                                  Piling 32 10 00                                  Paving 32 16 00                                  Sidewalk Curb & Gutter 32 31 00                                  Fencing 32 90 00                                  Landscaping 33 00 00                                  Utilities & Underground 34 73 00                                  Airfield Construction - Apron 41 22 00                                  Overhead Cranes 48 16 00                                  Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc)   * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Others
United States
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa). the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes: 1) Nih Main Campus, Bethesda, Maryland 2) Nih Animal Center, Poolesville, Maryland 3) Fort Detrick Campus, Frederick, Maryland 4) Research Triangle Park, North Carolina 5) Rocky Mountain Laboratories (rml), Hamilton, Montana 6) Epidemiology & Clinical Research Branch, Phoenix, Arizona 7) Bayview Campus, Baltimore, Maryland 8) Rental Facilities Maintained By Nih description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m. the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m. the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction. contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission. projects May Include, But Are Not Limited To The Following Areas: animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals. biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4. health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services. office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping. interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following: mechanical, Electrical, And Plumbing Systems. high Voltage Electrical central Utility Plant (cup) hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls. steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems. compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems. central Co2 Systems. central Liquid Nitrogen Systems. fuel Oil Systems. storm Water And Sanitary Sewer Distribution Systems. wastewater Treatment Systems. electrical Substations. landscaping Irrigation Systems. commissioning commissioning, Qualification, And Validation (cqv) historical geotechnical elevator physical Security interior / Exterior Lighting telecommunications building Envelope roofing building Model Information (bim) net Zero Emissions this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations. maryland Facilities Include: nih Main Campus, Bethesda, Md nih Animal Center, Poolesville, Md fort Detrick Campus, Frederick, Md bayview Campus, Baltimore, Maryland rental / Leased Facilities Maintained By Nih it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract. research Triangle Park, North Carolina for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project. rocky Mountain Laboratories (rml), Hamilton, Montana for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project. architect / Engineer Services the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. in General, Pre-design And Design Phase Services Will Include, But Not Limited To: field / Site Investigations, Inclusive Of Pre-tab Investigations planning And Coordination Drawings building Information Modeling (bim) (only If Applicable To The Task Order) sustainable Design program Of Requirements (pors) special Studies schematic Design design Development construction Documents (65%) construction Documents (95%) construction Documents (100%) rendered Perspectives Of Proposed Building Construction And Substantial Site Development construction Cost Estimate(s) construction Baseline Schedule geotechnical Investigations preparation Of Reports the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To: construction Bidding And Negotiation Support construction Inspections / Site Representation construction Progress Meetings requests For Information (rfis) construction Submittal Reviews change Order Reviews / Support punch Lists inspection Of Stored Items construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training. a/e Record Documents commissioning Support Services commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks: review Specifications And Drawings review Submittals develop Commissioning Scripts review O & M Manuals witness Testing Of Electrical And Mechanical Systems construction Quality Management (cqm) general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project. project Governance preparation And Maintenance Of A Project Management Plan (pmp) assist In The Implementation Of The Project Governance Structure reviews And Document Management monthly Reports requests For Information (rfi) submittals financial Management budget/cost Control Monitoring And Management invoices / Application For Payment Review change Order Control Process And Management estimating Services scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required. quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program. potential Sources Shall Complete And Submit The Attached Forms: sources Sought - Contractor Information Form 1.1 Complete The Sources Sought – Contractor Information Form if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status. certificate Of Insurance 1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement: naics Code(s) evidence Of The Ability To Work In Occupied Space. evidence Of The Ability To Work On Multiple Projects Simultaneously. evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below. self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order). building Information Modeling (bim) Capability. leed Capabilities. 2. Sources Sought – Project Data Form 2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience: one (1) Utility Infrastructure / Utility Generation /distribution System Projects one (1) Biomedical Research Lab; And one (1) Healthcare / Hospital Project. [note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.] 2.2 Project Experience Requirements: type - Specialization Category/facility Types Such As: interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems biomedical Research Laboratory Facilities health Care Facilities office/public Space Facilities animal Care Facilities 2. Complexity - Special Design/construction Considerations Such As: physical Security Requirements adjacencies To Occupied Space(s) Restrictions/ Limitations limited Access Restrictions vibration / Noise Limitations joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments) implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space. historic Preservation Requirements storm Water Management And Erosion & Sedimentation Control use Of Building Information Modeling (bim) net Zero Emission Requirements for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco). nih Design Requirements Manual (drm) 3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above. all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
United States
Details: Presolicitation Notice presolicitation Notice presolicitation Notice *=required Field presolicitation Notice this Pre-solicitation Notice Is Not A Request For Proposal. All Information Needed To Submit Sf330 Documents Are Contained Herein. No Additional Solicitation Package Or Technical Information Will Be Issued. project: 534-23-106 Ae Upgrade Mechanical Systems Phase 2 work Location: Ralph H. Johnson Health Care System, Charleston, Sc estimated/target Completion Period: 360 Calendar Days After Award. construction Magnitude: Between $5,000,000 And $10,000,000 naics: 541310 Architectural Services small Business Standard: $12.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 01, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than (nlt) 10:00 Am (est) February 5, 2025. project Overview: provide Professional Architect/engineer (a/e) Services Necessary For A Complete Design To Replace The Main Laboratories Air Handling Unit, Correct Hvac And Mechanical Systems Deficiencies, And Provide Compliant Temperature Control And Air Change Requirements By Areas As Defined In The Limits Of Work. Additional Scope Includes Assessment And Replacement Of Isolation Exhaust Systems And Steam-to-hot Water Heat Exchangers And Associated Pumps Located In Penthouse, Specialty Clinics, And Eye Specialty Clinic. The Project Will Include Temporary Hvac Considerations And Phasing To Enable Continued Operations. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov/ vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Small Business Administration Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. sf 330 Selection Criteria: Evaluation Of Submission Requirements And Selection Criteria Are Provided Below And Listed In Relative Order Of Importance. note: Failure To Meet An Acceptable Submission Requirements For Each Criteria Will Result In The Entire Submission Being Denied For Further Evaluation. phase 1 Submission Requirements objective Scoring: Acceptable Submissions Meets All Submission Requirements Unacceptable Submission Fails To Meet At Least One Submission Requirement specialized Experience And Technical Competence In The Type Of Work Required. submission Requirements: sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length. submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior; at Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete; projects/data Submitted Shall Be Projects With Total Construction Costs Of $6,000,000 And Greater; projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. submission Requirements: complete A Summary Sheet Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length. provide The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq. if A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq). cpar And Ppq Reports Will Not Count Towards Page Limitations. professional Qualifications Necessary For Satisfactory Performance Of Required Services. submission Requirements: complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual. the Offeror Shall Have A Professional Engineer, Currently Registered In Any Us State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions. the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of South Carolina State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Hazardous Material Abatement, Stormwater, Etc.). key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance. physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual. experience In Construction Period Services. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. capacity To Accomplish The Work In The Required Time. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. Narrative Shall Be Not More Than One (1) Page In Length. location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. offerors Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . phase 2 Evaluation Of Selection Criteria specialized Experience And Technical Competence In The Type Of Work Required. basis Of Evaluation: specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation. specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company. technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In The Solicitation. specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection, Seismic Design/retrofit, Physical Security Resilience And Design, Healthcare Design/planning, Building Automatic System Design, And Mechanical/electrical System Design. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. basis Of Evaluation: past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To: the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction; timely Delivery Of Quality Work; the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations; successful Implementation Of A Quality Control Plan And Quality Control Procedures; addressing Design Errors/omissions Timely; adherence To Approved Schedules; And, history Of Timely And Professional Communication And Cooperative Behavior. include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.). provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance. include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services. higher Ratings May Be Given For Work Performed On Va Medical Center Campuses. adjectival Rating: offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact. failure To Demonstrate Proven Competence To Perform Projects With Similar Requirements To The Requirements Of The Solicitation May Be Considered Ineligible For Award. if No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Not Be Higher Than Satisfactory . professional Qualifications Necessary For Satisfactory Performance Of Required Services. basis Of Evaluation: evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes. the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together. higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc. adjectival Scoring: offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Ineligible For Award. experience In Construction Period Services. basis Of Evaluation: experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion. provide A Narrative Describing The Below Services, But Not Limited To: professional Field Inspections, Both Scheduled And Emergent; maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.; review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance; providing Timely And Complete Responses To Requests For Information; providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications; providing Record Drawing Documentation; process For Correcting Design Errors/omissions Identified During Construction; And, other Requirements Defined Under Cps In The Statement Of Work. capacity To Accomplish The Work In The Required Time. basis Of Evaluation: identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months. describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects. evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements. data Is Acceptable In Tables Or Charts. capacity < 25% Shall Be Rated Not Greater Than Satisfactory. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: basis Of Evaluation: offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Charleston, Sc And The Low Country Geographical Area. if Prior Experience In Charleston, Sc Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Charleston, Sc Geographical Area Or Areas Of Similar Nature. adjectival Scoring: offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area. offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Not Higher Than Satisfactory . the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: basis Of Evaluation: offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating. offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. selection Process: federal Acquisition Regulation (far) Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions. selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration. firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs). the Following Format Shall Be Used: cover Page With Solicitation Number, Project Title table Of Contents sf 330 S copy Of Current A/e License copy Of Current Vetbiz.gov Sdvosb Certification uei Number cage Code tax Id Number the E Mail Address And Phone Number Of The Primary Point Of Contact. all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Jennifer Smith, Contract Specialist At Jennifer.smith19c497@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330. the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Be In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. it Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. attachments: see Attached Document: Ae Past Performance Questionnaire And Cover Letter.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought For Design-bid-build, p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time. the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Construction Services For P-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk Virginia. all Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), And Small Businesses Are Encouraged To Respond. Upon Review Of Industry Responses To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. general Work Requirements: the Project Will Be Prepared In One Package, Under One Contract. p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia construct A Handicap Accessible Child Development Center (cdc) Facility, With Outdoor Playground Areas, To Support 300 Children. The Entire Facility Will Be On Ground Level. The Primary Structural System Is A Concrete Slab On Grade With Structural Piles, Using Cross-laminated Timber (clt) Roofing Members, And Interior Steel Supports. The Exterior Walls Shall Be Using Two Different Fiber Cement Siding Systems To Include Lap Siding And Panel Board And A Perforated Metal Panel Rain Screen For The Exterior Cladding Of The Building. the Roof Shall Be Standing Seam Metal Roof System With Factory-finished Steel Gutters And Downspouts. The Building Will Have A Central Heating, Ventilation, And Air Conditioning System And Mechanical And Electrical Utilities. The Interior Shall Be Isolated From Equipment Noise And Be Provided With Sound Attenuating Wall And Ceiling Finishes. functional Space Includes Activity Rooms Divided By Age Group For Infants, Pre-toddlers, Toddlers, And Preschool Aged Children. Administration Areas Shall Include Offices, Storage, A Staff Lounge, A Teacher Preparation Room, And A Reception Area. Support Spaces Shall Include A Kitchen With Dedicated Food Storage, A Commercial Laundry Room, Toilets, Mechanical Rooms, And Additional Spaces As Needed. The Outdoor Playground Areas Include Play Equipment, Shade Structures, And Enclosure Fences With Gates And Emergency Push-bar Latches. in Accordance With Dfars 236.204(ii), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists. the Anticipated Award Of This Contract Is September 2025. the North American Industry Classification System (naics) Code For This Project Is 236220. Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45,000,000. if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration. if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status. the Following Information Shall Be Provided: 1. Contractor Information: Provide Your Firm’s Contact Information Including Unique Entity Identifier (uei) And Cage Code. 2. Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Economically Disadvantaged Women-owned Small Business, Or Women-owned Small Business Concern. 3. Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project And Your Aggregate Maximum Bonding Capacity. 4. Construction Experience: Submit A Minimum Of Three (3) Up To A Maximum Of Five (5) Relevant Construction Projects Your Firm Has Performed To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope, And Complexity. With The Exception Of 13 Cfr 125.2(g) Below, Experience Of Proposed Subcontractors Will Not Be Considered. Furthermore, The Offeror’s Experience As A Subcontractor Will Not Be Considered. for Each Of The Submitted Relevant Projects (a Maximum Of Five (5) Project, Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies Whether The Project Is New Construction Or Renovation, The Square Footage And Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements. a Relevant Project Is Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project And Will Not Be Considered; Rather, Offerors Shall Submit The Work Performed Under A Task Order As A Project. Recent Is Defined As Having Been 100% Completed Within The Last Ten (10) Years Prior To The Sources Sought Submission Due Date. A Relevant Project Is Further Defined As: size: A Final Construction Cost Of $25,000,000 Or Greater And A Total Square Footage Of 40,000 Or Greater. scope: New Construction Of A One Story Commercial, Industrial, Or Institutional Building. complexity: Relevant Projects Shall Cumulatively Demonstrate Experience With Five Of The Seven Requirements As Shown Below: fire Protection Systems hvac Systems cross-laminated Timber (clt) Construction civil Work telecommunications structural Support Slabs, And Design Of Structures With Excessive Soil Settlement (weak And Compressible Soils) hazardous Material Abatement And Disposal note: Each Project Does Not Have To Demonstrate Experience With Each Element Of Complexity, But Instead Projects Submitted As A Whole Shall Collectively Demonstrate Experience With Five Of The Seven Requirements. note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period. for Purposes Of Evaluating Capability, The “offeror” Is Defined As The Prime Contractor That Demonstrates Experience On Relevant Projects That Meet Size, Scope And Complexity. in Accordance With 13 Cfr 125.2(g), Small Business Offerors May Utilize The Experience Of A Small Business First-tier Subcontractor(s) To Demonstrate Experience Under This Capability Evaluation If The Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. In Order To Utilize The Experience Of A Small Business First-tier Subcontractor(s), The Offeror Must Specifically Identify The Proposed Small Business First-tier Contractor(s) In Its Capability Package In Accordance With This Notice. The Offeror Or, If A Small Business Offeror, Its Small Business First-tier Subcontractor, Shall Have Been The Prime Contractor On All Submitted Projects. The Government Notes That 13 Cfr 125.2(g) Is Specific To Only Small Business Offerors And Named Small Business First-tier Subcontractors. As Such, The Small Business Offeror Is Not Permitted To Use The Experience Of A Large Business Subcontractor Or Large Business Corporate Affiliate In Place Of Its Own If The Small Business Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. responses Are Due On 30 January 2025 By 2:00 P.m. Local Time. The Submission Package Shall Only Be Submitted Electronically To Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil And Must Be Limited To A 4mb Attachment. You Are Encouraged To Request A “read Receipt.” Responses Received After The Deadline Or Without The Required Information Will Not Be Considered. questions Or Comments Regarding This Notice May Be Addressed By Email To Ashlee.r.beggs.civ@us.navy.mil ­­­­­­­­­­­­­­­­­­­­­____________________________________________________________________ notice Of Intent (see Pdf Attachment 1 For Manufacturer Brand Names) notification Of Brand Name Or Equal Items. In Accordance With Section 888(a) Of The National Defense Authorization Act (ndaa) For Fiscal Year 2017 (fy17) (public Law 114-328) As Implemented By Defense Acquisition Regulation Supplement (dfars) 206.302-1(c)(2), The Justification And Approval (j&a) Addressed In Federal Acquisition Regulation (far) 6.303 Is Required In Order To Use Brand Name Or Equal Descriptions In The Solicitation For P-1069, Maritime Surveillance System Facility. The Justification And Approval Are Being Prepared For The Use Of A Brand Name Or Equal Descriptions On Items In The Firm Fixed Price (ffp) Construction Contract For P-1334, Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia the Plans And Specifications Indicate The Standard Of Quality, Characteristics, And Performance Requirements And A Manufacture And Model, As Appropriate And In Accordance With The Far, To Establish The Basis Of Design For Approximately 56 Items Across All Design Disciplines. For These Brand Name Or Equal Described Items, Other Manufacturers May Be Utilized During Construction So Long As The Standard Of Quality, Characteristics, And Performance Requirements Meet Or Exceed The Standard Of Quality, Characteristics, And Performance Requirements Identified In The Plans And Specifications As The Basis Of Design. See Attachment For A Complete List Of Items And Manufacturers For All Items Which Have A Brand Name Or Equal Description. please Direct All Questions, Comments, Or Additional Information To The Contract Specialist, Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil By 2:00 Pm Eastern Time On 30 January 2025. this Is Not A Request For Proposal
Closing Date30 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103. this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out. sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
651-660 of 671 archived Tenders